Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

Z -- Taxiway Whiskey Repair Joint Base Andrews

Notice Date
12/18/2019 7:02:32 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201 USA
 
ZIP Code
21201
 
Solicitation Number
PANNAD-20-P-0000-001653
 
Response Due
1/9/2020 9:00:00 AM
 
Archive Date
01/24/2020
 
Point of Contact
David M. Potocek, Phone: 4109621725, Patricia Morrow
 
E-Mail Address
David.M.Potocek@USACE.ARMY.mil, patricia.l.morrow@usace.army.mil
(David.M.Potocek@USACE.ARMY.mil, patricia.l.morrow@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified industry Contractors interested in performing work on the proposed project to Repair Taxiway Whiskey Phase Three with an option of Phase Four, at Joint Base Andrews (JBA). By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of all capable firms that are engaged in providing the services described hereunder. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of acquisition decision to be issued will in part depend on the capabilities of the response to this Notice.� This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The USACE-Baltimore District has been tasked to solicit for and award construction services for the repair of Taxiway Whiskey Phase Three with an option of Phase Four at JBA.� The project consists of the construction of the Third Phase (and Option Phase Four) of a four phased project replacing an existing deteriorated taxiway without interrupting the airfield mission. This Phase will be aligned with Phases I and II �as built� conditions.� The contract will include revising parking rows on the West Ramp, match existing conditions and revise striping plans accordingly.� The contractor will be required to prepare at least two or potentially more �mix designs� to identify different sources of �fly ash� to insure sufficient quantities to complete the project.� The RFP for the construction contract will request the proposals to detail their plan to handle the approval requirements of the concrete mix design.� Structures penetrating Paver Compacted Concrete (PCC) pavements are typically isolated by the use of expansion joint materials. Unsuitable soil removal is necessary in significant quantities. Relocation and/or moving sub-drain manholes will be part of the contract scope. Provision and installation of proprietary controllers will be required for adding lights to the line circuits and continue operation of the SMGCS and ALCMS systems. The proposed contract execution schedule will be condensed and strictly enforced. Constant coordination with several authorities is a pre-requisite for the safety and security at the airfield and inclusion of planned as well as un-expected �ramp freezes� will require close attention to accurate and constantly updated schedules to assure on time delivery of the project.� � The contractor must supply all necessary security personnel, utilities, transportation and sediment and erosion controls as necessary for the successful completion of this project.� The contractor will comply with all security and operational requirements of the Air Force Operational Command (i.e. �ramp freezes�, �dig permits�, �etc.)� The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry. The Magnitude of Construction is between $25,000,000 and $100,000,000.� The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $39,500,000. Prior Government contract work is required for submitting a response to this sources sought synopsis Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if it has been registered or does it plan to register. In consideration of NAICS code 237310 with a small business size standard in dollars of $39,500,000, indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. Provide at minimum of two (2) and no more than five (5) examples of a project similar to scope described above that was greater than $25 million in magnitude and has experience in constructing runways for both fixed and rotary winged aircraft and/or experience in constructing runways on military installations.� Include points of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. With the possibility of an option to include Phase Four, please provide your expertise on how an option held for two years would affect pricing and what risks are involved (no more than one page). Does the duration of construction, 365 calendar days for Phase Three and an additional 365 calendar days for Phase Four, provide enough time to complete the requirement as stated in the above scope and what risks are associated with the completion in those time frames?� Please provide a narrative (no more than one page).�� Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) January 9, 2020. All responses under this Sources Sought Notice must be emailed to, Patricia Morrow, Contracting Officer � Patricia.L.Morrow@usace.army.mil� and David Potocek, Contract Specialist � David Potocek@usace.army.mil referencing Taxiway Whiskey Phase Three and Four, Joint Base Andrews (JBA). Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: David Potocek via David Potocek@usace.army.mil or Patricia Morrow via email � Patricia.L.Morrow@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contract will not be eligible for an award.� Vendors must be registered in SAM under the applicable NAICS code as indicated in the advertised solicitation to be considered for award.� Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6dcc4e0df5a041938f0381dc6f9f443f/view)
 
Place of Performance
Address: Andrews AFB, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05520728-F 20191220/191218230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.